Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
SPECIAL NOTICE

99 -- This is a sole source justification of contract number D11PD20081, for equipment.

Notice Date
9/23/2011
 
Notice Type
Special Notice
 
Contracting Office
DOI - NBC, Sierra Vista AZ NBC Acquisition Services DirectorateDivision IIIPost Office Box 1420 Sierra Vista AZ 85636
 
ZIP Code
85636
 
Archive Date
9/22/2012
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
JUSTIFICATION AND APPROVALFOR OTHER THAN FULL AND OPEN COMPETITION The proposed contract described below may be solicited and awarded without full and open competition pursuant to the authority at 41 U.S.C 253 (c) (1) and FAR 6.302-1Only one Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 1.IDENTIFICATION OF AGENCY AND CONTRACTING ACTIVITY: The requiring activity is the Headquarters, US Army Signal Center of Excellence, Fort Gordon, GA 30905-5000. The contracting activity is the Department of the Interior, National Business Center, Acquisition Services Directorate, Sierra Vista Division III, 354 South Highway 92, Sierra Vista, AZ 85635. 2.NATURE/DESCRIPTION OF ACTION: The proposed action is to exercise an optional CLIN 0008 on D11PD20081, Training for MSE, JNN, and WIN-T. CLIN 0008 was included to facilitate the purchase of contractor furnished electronic and maintenance equipment if it was later deemed to be in the best interest of the government. CLIN 0008 also allows for depreciation of the equipment IAW fair market value at time of sale. 3.DESCRIPTION OF SUPPLIES/SERVICES: General Dynamics assembled and integrated the equipment contemplated for purchase which includes the following: SEN Asmu (Qty 26), LOS PMU Trainer (13), SEN PMU Trainer (14), LOS AMU (18), Telephone Set -TA-1035/U (57), Telephone Switchboard (5), Small Extension Node (4), Antenna, MC-6707 (4), Multiplex Comb TD-1234(P)/TTC (2), Control RT, -11826/GRC (3), RT 1539 A P C G (40), LOS V-1 (1), LOS V-3 (1), LOS V 3 W/HCLOS upgrade (2) RT-1540/GRC/224 Band M & L (2ea), Antenna VHF (1), Comm Switches (15), Line Termination Unit (1), Signal Converter (1), Signal Generator (15), Multimeter (24), Oscilloscope (11), Frequency Counter AN/USM-459A, Test Set TS-4294g (2), MO 3 C G (1), Fluke Tester, Cablemeter (1), Attenuator (1), Battlefield Information Transmission System (BITS) (1), an/ttc-59 (V)1 (STT) (2), AN/TTC-59 (V)3 (JNN) (5), AN/TTC-59 (V)3 (JNN) (16), Data Cases OM-86 (SIPR/NIPR) (10), AN/TCS-167A&B (6), AN/TTC-60 SATCOM Hub (1), QA-9517/T MRT (1), LOS Transit Case (5), Multimedia Classroom Sets (17). The above items configured together constitute the hardware component of an integrated training system. The training system is currently fully functioning and in use by the Signal Center of Excellence under D11PD20081. The training system hardware will be provided as GFE on a future contract or used to develop an organic government training capability. 4.IDENTIFICATION OF THE STATUTORY AUTHORITY: The statutory authority is 41 U.S.C 253 (c)(1) and FAR 6.302-1 Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 5.JUSTIFICATION FOR THE USE OF THE AUTHORITY CITED: As the title holder of the equipment currently being used on contract D11PD20081, GD is the sole owner of the integrated system. The retention of ownership by GD was clearly defined under the terms of contract D11PD20081. The system has been operationally tested, is fully functioning, and is adequate for current and near future agency needs. Replacing the current hardware, in whole or part, would likely substantially increase cost to the government by duplicating development, testing, integration, and installation costs. The Substantial Duplication of cost to the Government is not expected to be recovered through competition. In addition, introducing new hardware into the larger training system would likely result in compatibility issues and the subsequent need to unnecessarily replace other equipment that is fully functional in the current system architecture. A new procurement without retaining the hardware in place would require substantial lead time for research and development, integration, and installation by a new contractor. This would result in an unacceptable delay to training soldiers who need to deploy in a very short amount of time, and when considering the current system has zero operational lead time. Finally, the substantial depreciation allowed under the terms of D11PD20081 should reasonably be expected to provide a major cost savings over soliciting on the open market. In summary, this procurement meets the requirements of FAR 6.302-1, and appears to be in the overall best interest of the government. 6.FEDBIZ OPPS ANNOUNCEMENTS/POTENTIAL SOURCES: Announcement of J&A will be done once document has had sufficient review, and required signatures are obtained. 7.DETERMINATION OF FAIR AND REASONABLE COST: Although the uniqueness of the system to the training environment makes it difficult to find a comparative price model in the open market, the contracting officer has determined the cost of the equipment to be fair and reasonable based on the following: -Equipment is at least 15 years old, however still relevant to provide training to U.S. Army Soldiers.-Original price of the integrated training system was over $40,000,000. The depreciated value negotiated with General Dynamics is $2,009,459 equating to a 95% depreciation value. -Unique qualities of the total system are hard to price however other complete training systems are valued at a range of $6,213.00 per student. The US Army Signal Center of Excellence trains on average approximately 9,600 students each year. This would result in paying $59,644,800.00 each year for equipment. 8.DETERMINATION OF MARKET RESEARCH: Market Research has not been conducted because General Dynamics developed the equipment for the Government and no other equipment like this exists, at this location, and in this configuration. 9.ANY OTHER SUPPORTING FACTS: US Army Signal Center of Excellence is converting to a new Windows NT (WIN-T) configuration in the 2012. In order to ensure the current equipment will be compatible with the new system configuration the Government needs to purchase the equipment from the contractor and perform upgrades. The Government will need time to configure the equipment so that it is compatible with the new system. The conversion process to the WIN-T system will be happening in the next 12 months. In order to ensure configuration and upgrades will be done in a timely fashion, the purchase needs to be made as soon as possible. 10.LISTING OF INTERESTED SOURCES: General Dynamics C4 Systems is the owner of the integrated training system used by the US Army Signal Center of Excellence. 11.ACTIONS TAKEN TO REMOVE COMPETITION BARRIERS: Once the Government purchases this equipment, competition will be enhanced by allowing perspective vendors access to the converted integrated training system. This will allow all prospective vendors to use the equipment, and therefore more vendors will be able to quote on future requirements. 12.CERTIFICATION AND APPROVAL I certify that the supporting data that is the responsibility of technical and personnel requirements which form the basis for this justification is complete and accurate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/98514925a812c0c2609b1aeb65c2bd0f)
 
Record
SN02590198-W 20110925/110923235610-98514925a812c0c2609b1aeb65c2bd0f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.